Top Banner
COUNTY OF SANTA CRUZ DEPARTMENT OF PUBLIC WORKS BOOK 2 OF 3 SPECIAL PROVISIONS AND NOTICE TO BIDDERS FOR CONSTRUCTION OF BRANCIFORTE DRIVE STORM DAMAGE REPAIR PROJECT PM 0.92, 1.77, AND 2.22 FEDERAL PROJECT No. ER-32LO(266), ER-32LO(006), & ER-32LO(007) FOR USE IN CONNECTION WITH STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS DATED 2018 AND STANDARD PLANS DATED 2018 BIDS OPEN: JULY 30, 2020 THIS IS A PREVAILING WAGE PROJECT
59

SPECIAL PROVISIONS AND NOTICE TO BIDDERS

May 04, 2022

Download

Documents

dariahiddleston
Welcome message from author
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Page 1: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

COUNTY OF SANTA CRUZ DEPARTMENT OF PUBLIC WORKS

BOOK 2 OF 3

SPECIAL PROVISIONS AND NOTICE TO BIDDERS

FOR CONSTRUCTION OF

BRANCIFORTE DRIVE

STORM DAMAGE REPAIR PROJECT PM 0.92, 1.77, AND 2.22

FEDERAL PROJECT No. ER-32LO(266), ER-32LO(006), & ER-32LO(007)

FOR USE IN CONNECTION WITH STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION STANDARD SPECIFICATIONS

DATED 2018 AND STANDARD PLANS DATED 2018

BIDS OPEN: JULY 30, 2020

THIS IS A PREVAILING WAGE PROJECT

Page 2: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

SPECIAL NOTICES

Page 3: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

PROJECT DIRECTORY/SIGNATURE PAGE PROJECT: Branciforte Drive Storm Damage Repair Project PM 0.92, 1.77, and 2.22 OWNER: County of Santa Cruz, Department of Public Works, 701 Ocean Street, Room 410, Santa Cruz CA, 95060

CONTACT PERSON: Shaun Deyhim (831) 454-2809 CIVIL ENGINEERING STAFF IN RESPONSIBLE CHARGE: Shaun Deyhim

5/19/20 ___________________________________________ Design Engineer Date Registered Civil Engineer

Civil

SNEHALATHA

PAVULURI

No. 78187

Exp. 09-30-21

5/20/20 _________________________________________

Erosion Control Date

Registered Civil Engineer

Civil

CHRISTOPHER

SEWELL

No. C64807_

Exp. 06-30-21

5/26/20

___________________________________________

Structures Date

Registered Civil Engineer

Civil

MARK ROBERT

PHILIPS

No. _C75683_

Exp. 06-30-22

Page 4: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

TABLE OF CONTENTS

NOTICE TO BIDDERS ......................................................................................................... 6

SPECIAL PROVISIONS ....................................................................................................... 9

ORGANIZATION .................................................................................................................. 9

DIVISION I GENERAL PROVISIONS ................................................................................. 9

1 GENERAL ....................................................................................................................... 9

2 BIDDING ........................................................................................................................ 14

3 CONTRACT AWARD AND EXECUTION ..................................................................... 19

4 SCOPE OF WORK ......................................................................................................... 21

5 CONTROL OF WORK.................................................................................................... 23

6 CONTROL OF MATERIALS .......................................................................................... 27

7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC .................................. 28

8 PROSECUTION AND PROGRESS ............................................................................... 45

9 PAYMENT ...................................................................................................................... 47

DIVISION II GENERAL CONSTRUCTION........................................................................ 47

10 GENERAL .................................................................................................................... 47

14 ENVIRONMENTAL STEWARDSHIP ........................................................................... 49

DIVISION III EARTHWORK AND LANDSCAPE ............................................................... 51

17 GENERAL ..................................................................................................................... 51

19 EARTHWORK ............................................................................................................... 51

21 EROSION CONTROL ................................................................................................... 51

39 ASPHALT CONCRETE................................................................................................. 54

DIVISION VI STRUCTURES ............................................................................................. 54

49 PILING........................................................................................................................... 54

57 WOOD AND PLASTIC LUMBER STRUCTURES ........................................................ 55

59 STRUCTURAL STEEL COATINGS .............................................................................. 56

83 RAILINGS AND BARRIERS ......................................................................................... 57

Page 5: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

STANDARD PLANS LIST

The standard plan sheets applicable to this Contract include those listed below. The applicable revised standard plans (RSPs) listed below are included in the project plans.

ABBREVIATIONS, LINES, SYMBOLS, AND LEGEND A3A Abbreviations (Sheet 1 of 3)

A3B Abbreviations (Sheet 2 of 3)

A3C Abbreviations (Sheet 3 of 3)

A10A Legend - Lines and Symbols (Sheet 1 of 5)

A10B Legend - Lines and Symbols (Sheet 2 of 5)

A10C Legend - Lines and Symbols (Sheet 3 of 5)

A10D Legend - Lines and Symbols (Sheet 4 of 5)

A10E Legend - Lines and Symbols (Sheet 5 of 5)

A10F Legend - Soil (Sheet 1 of 2)

A10G Legend - Soil (Sheet 2 of 2)

A10H Legend - Rock

PAVEMENT MARKERS, TRAFFIC LINES, AND PAVEMENT MARKINGS A20A Pavement Markers and Traffic Lines - Typical Details

RSP A20B Pavement Markers and Traffic Lines - Typical Details

RSP A20C Pavement Markers and Traffic Lines - Typical Details

RSP A20D Pavement Markers and Traffic Lines - Typical Details

RSP A24G Pavement Markings - Yield Lines, Limit Lines, and Wrong Way Details

MIDWEST GUARDRAIL SYSTEM - STANDARD RAILING SECTIONS RSP A77L2 Midwest Guardrail System - Standard Railing Section (Steel Post with Notched

Wood or Notched Recycled Plastic Block)

A77M1 Midwest Guardrail System - Standard Hardware

A77N2 Midwest Guardrail System - Steel Post and Notched Wood Block Details

RSP A77N3 Midwest Guardrail System - Typical Line Post Embedment and Hinge Point Offset Details

RSP A77N4 Midwest Guardrail System - Typical Railing Delineation and Dike Positioning Details

MIDWEST GUARDRAIL SYSTEM - TYPICAL LAYOUTS FOR EMBANKMENTS A77P2 Midwest Guardrail System - Typical Layouts for Embankments

CURBS, DRIVEWAYS, DIKES, CURB RAMPS, AND ACCESSIBLE PARKING A87B Hot Mix Asphalt Dikes

DRAINAGE INLETS, PIPE INLETS AND GRATES D72A CIP Drainage Inlets - Types OS, OL and GOL

D72B CIP Drainage Inlets - Types G1, G2, G3, G4, G5 and G6

D72C CIP Drainage Inlets - Types G1, G2, G3, G4, G5 and G6

D72F CIP Drainage Inlet Notes

D72G CIP Drainage Inlet Tables

D73B Precast Drainage Inlets - Types G1, G2, G3, G4, G5 and G6

D73C Precast Drainage Inlets - Types G1, G2, G3, G4, G5 and G6

D73F Precast Drainage Inlet Notes

D73G Precast Drainage Inlet Tables

D75C Pipe Inlets - Ladder and Trash Rack Details

D77B Grate Details No. 2

Page 6: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

PIPE DOWNDRAINS, ANCHORAGE SYSTEMS AND OVERSIDE DRAINS D87D Overside Drains

FLARED END SECTIONS D94A Metal and Plastic Flared End Sections

D94B Concrete Flared End Sections

LANDSCAPE AND EROSION CONTROL H1 Landscape and Erosion Control Symbols

H2 Landscape Details

TEMPORARY CRASH CUSHIONS, RAILING AND TRAFFIC SCREEN T1A Temporary Crash Cushion, Sand Filled (Unidirectional)

T1B Temporary Crash Cushion, Sand Filled (Bidirectional)

T2 Temporary Crash Cushion, Sand Filled (Shoulder Installations)

T3A Temporary Railing (Type K)

T3B Temporary Railing (Type K)

B3-6 Retaining Wall Details No. 2

CHAIN LINK RAILING, CABLE RAILING AND TUBULAR HAND RAILING B11-47 Cable Railing

Page 7: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

COUNTY OF SANTA CRUZ DEPARTMENT OF PUBLIC WORKS

NOTICE TO BIDDERS

Sealed proposals will be received by the Director of Public Works of Santa Cruz County, Room 410, Governmental Center, 701 Ocean Street, Santa Cruz, California no later than 2:00 p.m., July 30, 2020, and at 2:00 p.m. or soon thereafter, they will be publicly opened and read in the Department of Public Works Conference Room, for:

Branciforte Drive Storm Damage Repair Project

PM 0.92, 1.77, and 2.22

Bid forms for this work are included in a separate book entitled:

BOOK 1 of 3

BID BOOK

FOR CONSTRUCTION OF

Branciforte Drive Storm Damage Repair Project

PM 0.92, 1.77, and 2.22

GENERAL WORK DESCRIPTION:

The project location in the County of Santa Cruz is as follows:

▪ In the unincorporated area of the County of Santa Cruz, along Branciforte Drive at Post Mile (P.M.) 0.92, 1.77 and 2.22

Work includes storm damage repair. Major work includes, but is not limited to:

▪ Construction of soldier pile retaining wall ▪ Backfill wall and compact ▪ Reconstruct Roadway ▪ Drainage Improvements ▪ Install Midwest Guardrail System ▪ Erosion control and re-vegetation. The work to be performed under the Contract Documents requires that the

Contractor possess a Class “A” license at the time that this contract is awarded. The bidder must be licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California to do the type of work contemplated in the “contract documents” and must be skilled and regularly engaged in the general class or type of work called for under this contract. Contractor and all listed subcontractors must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor Code.

THIS PROJECT HAS A GOAL OF 12% FOR DISADVANTAGED BUSINESS ENTERPRISE

Page 8: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

For the Federal training program, the number of trainees or apprentices is 0

Federal-aid project No.: ER-32L0(266), ER-32L0(006), & ER-32L0(007)

Complete the work within the number of working days bid.

Do not bid more than 130 working days.

Do not include plant establishment working days in your bid.

Complete the plant establishment work in N/A.

The estimated cost of the project is $1,269,638.00

Bona fide general or other prime contractor bidders may secure copies of the proposed Contract Documents from either the Director of Public Works, Room 410, 701 Ocean Street, Santa Cruz, California, or online by visiting the Santa Cruz County, Public Works home page at www.dpw.co.santa-cruz.ca.us/ under the Advertised Projects directory, on the following basis:

One copy of the project special provisions plus one set of the improvement plan upon payment of $50.00. There is no fee for bid documents obtained online.

No partial sets will be issued.

Each bidder must submit a proposal to the Department of Public Works on the standard forms enclosed. Said proposal shall be accompanied by cash, a cashier's check, a certified check or bidder's bond of ten percent (10%) of the amount of the bid submitted, to be made payable to the County of Santa Cruz. Bidder’s bonds shall be issued by a corporate surety duly admitted and authorized to issue bonds and undertakings by the State of California.

Present bidders' inquiries to the County and view the County’s responses at: www.dpw.co.santa-cruz.ca.us/. Inquiries must be received a minimum of 5 days before bid opening.

Examine the job site and bid documents. Notify the Department of apparent errors and patent ambiguities in the plans, specifications, and Bid Item List by submitting a written request for clarification a minimum of 5 days before bid opening. Failure to do so may result in rejection of a bid or rescission of an award. The correction of the bid documents during the bidding period will be made by issuing an addendum. Any other interpretation or explanation will not be considered binding.

Bid protests must be filed in writing with the Director of Public Works of the County of Santa Cruz, 701 Ocean Street, Rm. 410, Santa Cruz, California, 95060, by certified or registered mail, or by hand delivery during normal working hours not later than three (3) days after the bid opening or, if the protest is based on the selection of the apparent lowest responsible bidder, not later than three (3) days after selection of the apparent lowest responsible bidder. The protest shall specify the reasons and facts upon which the protest is based.

Prevailing wages are required on this Contract. The Director of the California Department of Industrial Relations determines the general prevailing wage rates. Obtain the wage rates at the DIR Web site, http://www.dir.ca.gov, or from the Department's Labor Compliance Office of the district in which the work is located.

Page 9: SPECIAL PROVISIONS AND NOTICE TO BIDDERS
Page 10: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

SPECIAL PROVISIONS ^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

ORGANIZATION Special provisions are under headings that correspond with the main-section headings of the Standard Specifications. A main-section heading is a heading shown in the table of contents of the Standard Specifications.

Each special provision begins with a revision clause that describes or introduces a revision to the Standard Specifications as revised by any revised standard specification.

Any paragraph added or deleted by a revision clause does not change the paragraph numbering of the Standard Specifications for any other reference to a paragraph of the Standard Specifications.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

DIVISION I GENERAL PROVISIONS

1 GENERAL

Add to section 1-1.01:

BRANCIFORTE DRIVE STORM DAMAGE REPAIR PROJECTS, PM 0.92

ITEM NO.

ITEM CODE

ITEM DESCRIPTION UNIT ESTIMATED QUANTITY

1 120090

CONSTRUCTION AREA SIGNS LS 1

2 120100

TRAFFIC CONTROL SYSTEM LS 1

3 130300

PREPARE WATER POLLUTION PREVENTION PLAN LS 1

4 170103

CLEARING AND GRUBBING (LS) LS 1

5 190101

ROADWAY EXCAVATION CY 9

6 192049 F STRUCTURE EXCAVATION (SOLDIER PILE WALL) CY 36

7 193029 F STRUCTURE BACKFILL (SOLDIER PILE WALL) CY 33

8 193116 F CONCRETE BACKFILL (SOLDIER PILE WALL) CY 23

Page 11: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

BRANCIFORTE DRIVE STORM DAMAGE REPAIR PROJECTS, PM 0.92

ITEM NO.

ITEM CODE

ITEM DESCRIPTION

UNIT ESTIMATED QUANTITY

9 193119 F LEAN CONCRETE BACKFILL CY 13

10 210300

HYDROMULCH SQFT 1,320

11 210350

FIBER ROLLS LF 150

12 210430

HYDROSEED SQFT 1,320

13 210610

COMPOST (CY) CY 7.9

14 260203

CLASS 2 AGGREGATE BASE (CY) CY 4.1

15 390132

HOT MIX ASPHALT (TYPE A) TON 33

16 394074

PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 120

17 394077

PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 100

18 398100

REMOVE ASPHALT CONCRETE DIKE LF 15

19 398200

COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 360

20 490316

STEEL SOLDIER PILE (HP 14 X 73) LF 220

21 490403

30" DRILLED HOLE LF 200

22 510502 F MINOR CONCRETE (MINOR STRUCTURE) CY 2

23 575004 F TIMBER LAGGING MFBM 3

24 590120

CLEAN AND PAINT STEEL SOLDIER PILING LS 1

25 710126

REMOVE OVERSIDE DRAIN EA 1

26 723070

ROCK SLOPE PROTECTION (150 lb, Class III, METHOD B) (CY)

CY 7

27 729011

ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD 18

28 750500 F MISCELLANEOUS METAIL (PIPE SLEEVE) LB 105

29 810120

REMOVE PAVEMENT MARKER EA 17

30 810190

GUARD RAILING DELINEATOR EA 17

31 810230

PAVEMENT MARKER (RETROREFLECTIVE) EA 17

32 832005

MIDWEST GUARDRAIL SYSTEM LF 100

33 839521

CABLE RAILING LF 45

34 839584

ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 2

35 840505

6" THERMOPLASTIC TRAFFIC STRIPE LF 690

36 846030

REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 690

37 999990

MOBILIZATION LS 1

38 146002

CONTRACTOR-SUPPLIED BIOLOGIST LS 1

Page 12: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

BRANCIFORTE DRIVE STORM DAMAGE REPAIR PROJECTS, PM 1.77

Item No.

Item Code Item Description Unit Estimated Quantity

1 120090

CONSTRUCTION AREA SIGNS LS 1

2 120100

TRAFFIC CONTROL SYSTEM LS 1

3 130200

PREPARE WATER POLLUTION CONTROL PROGRAM LS 1

4 170103

CLEARING AND GRUBBING (LS) LS 1

5 190101

ROADWAY EXCAVATION CY 29

6 192049 F STRUCTURE EXCAVATION (SOLDIER PILE WALL) CY 49

7 193029 F STRUCTURE BACKFILL (SOLDIER PILE WALL) CY 36

8 193116 F CONCRETE BACKFILL (SOLDIER PILE WALL) CY 26

9 193119 F LEAN CONCRETE BACKFILL CY 17

10 210300

HYDROMULCH SQFT 760

11 210350

FIBER ROLLS LF 110

12 210430

HYDROSEED SQFT 760

13 210610

COMPOST (CY) CY 4.5

14 260203

CLASS 2 AGGREGATE BASE (CY) CY 8.8

15 390132

HOT MIX ASPHALT (TYPE A) TON 40

16 394074

PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 120

17 394077

PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 100

18 398100

REMOVE ASPHALT CONCRETE DIKE LF 58

19 398200

COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 410

20 490316

STEEL SOLDIER PILE (HP 14 X 73) LF 260

21 490403

30" DRILLED HOLE LF 240

22 510502 F MINOR CONCRETE (MINOR STRUCTURE) CY 2

23 575004 F TIMBER LAGGING MFBM 4

24 590120

CLEAN AND PAINT STEEL SOLDIER PILING LS 1

25 723070

ROCK SLOPE PROTECTION (150 lb, Class III, METHOD B) (CY)

CY 7

26 729011 ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD 18

Page 13: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

BRANCIFORTE DRIVE STORM DAMAGE REPAIR PROJECTS, PM 1.77

Item No.

Item Code Item Description Unit Estimated Quantity

26 729011 ROCK SLOPE PROTECTION FABRIC (CLASS 8) SQYD 18

27 750500 F MISCELLANEOUS METAL (PIPE SLEEVE) LB 235

28 810120 REMOVE PAVEMENT MARKER EA 17

29 810190

GUARD RAILING DELINEATOR EA 17

30 810230

PAVEMENT MARKER (RETROREFLECTIVE) EA 17

31 832005

MIDWEST GUARDRAIL SYSTEM LF 100

32 839521

CABLE RAILING LF 53

33 839584

ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 2

34 840505

6" THERMOPLASTIC TRAFFIC STRIPE LF 680

35 846030

REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 680

36 999990

MOBILIZATION LS 1

BRANCIFORTE DRIVE STORM DAMAGE REPAIR PROJECTS, PM 2.22

Item No.

Item Code Item Description Unit Estimated Quantity

1 120090

CONSTRUCTION AREA SIGNS LS 1

2 120100

TRAFFIC CONTROL SYSTEM LS 1

3 130200

PREPARE WATER POLLUTION CONTROL PROGRAM LS 1

4 141120

TREATED WOOD WASTE LB 280

5 170103

CLEARING AND GRUBBING (LS) LS 1

6 190101

ROADWAY EXCAVATION CY 110

7 192049 F STRUCTURE EXCAVATION (SOLDIER PILE WALL) CY 41

8 193029 F STRUCTURE BACKFILL (SOLDIER PILE WALL) CY 35

9 193116 F CONCRETE BACKFILL (SOLDIER PILE WALL) CY 29

10 193119 F LEAN CONCRETE BACKFILL CY 14

11 210300

HYDROMULCH SQFT 1,820

12 210350

FIBER ROLLS LF 280

13 210430

HYDROSEED SQFT 1,820

Page 14: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

BRANCIFORTE DRIVE STORM DAMAGE REPAIR PROJECTS, PM 2.22

Item No.

Item Code Item Description Unit Estimated Quantity

14 210610

COMPOST (CY) CY 11

15 260203

CLASS 2 AGGREGATE BASE (CY) CY 79

16 390132

HOT MIX ASPHALT (TYPE A) TON 72

17 394074

PLACE HOT MIX ASPHALT DIKE (TYPE C) LF 120

18 394077

PLACE HOT MIX ASPHALT DIKE (TYPE F) LF 120

19 398100

REMOVE ASPHALT CONCRETE DIKE LF 240

20 398200

COLD PLANE ASPHALT CONCRETE PAVEMENT SQYD 250

21 490316

STEEL SOLDIER PILE (HP 14 X 73) LF 240

22 490403

30" DRILLED HOLE LF 270

23 510502 F MINOR CONCRETE (MINOR STRUCTURE) CY 2

24 510094 F STRUCTURAL CONCRETE, DRAINAGE INLET CY 5

25 575004 F TIMBER LAGGING MFBM 4

26 590120

CLEAN AND PAINT STEEL SOLDIER PILING LS 1

27 610108

18" ALTERNATIVE PIPE CULVERT LF 110

28 750001

MISCELLANEOUS IRON AND STEEL LB 720

29 705311

18" ALTERNATIVE FLARED END SECTION EA 1

30 710126

REMOVE OVERSIDE DRAIN EA 1

31 750500 F MISCELLANEOUS METAIL (PIPE SLEEVE) LB 131

32 810120

REMOVE PAVEMENT MARKER EA 20

33 810190

GUARD RAILING DELINEATOR EA 19

34 810230

PAVEMENT MARKER (RETROREFLECTIVE) EA 20

35 820250

REMOVE ROADSIDE SIGN EA 2

36 832005

MIDWEST GUARDRAIL SYSTEM LF 120

37 839521

CABLE RAILING LF 61

38 839584

ALTERNATIVE IN-LINE TERMINAL SYSTEM EA 2

39 840505

6" THERMOPLASTIC TRAFFIC STRIPE LF 880

40 846030

REMOVE THERMOPLASTIC TRAFFIC STRIPE LF 880

41 846035

REMOVE THERMOPLASTIC PAVEMENT MARKING SQFT 67

42 999990

MOBILIZATION LS 1

43 146002

CONTRACTOR-SUPPLIED BIOLOGIST LS 1

Page 15: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Replace the following definitions in section 1-1.07B:

Contract: Written and executed contract between the Department and the Contractor. The contract includes all contract documents.

Department: Department of Public Works of the County of Santa Cruz, California.

Director: Director of Public Works of the County of Santa Cruz, California.

Engineer: The Director of Public Works of the County of Santa Cruz or the designated representative.

State: The County of Santa Cruz, California.

Add to section 1-1.07B:

Board of Supervisors: Board of Supervisors of the County of Santa Cruz, California.

Construction Change Directive(CCD): Written directive, signed by County, directing Contractor to perform and/or omit certain work. Promptly comply with the Construction Change Directive and promptly perform and/or omit the work specified

Contract Documents: Includes Bid Book (Book 1 of 3), Special Provisions and Notice to Bidders (Book 2 of 3),Standard Specifications, Revised Standard Specifications (Book 3 of 3),Project Plans, Standard Plans, Revised Standard Plans, supplemental project information, any addenda issued, Change Orders, and any other documentation described as such in the Contract Documents.

Contract Sum: Total compensation specified in the contract. The Contract Sum may be adjusted by Change Order

County: Santa Cruz, California its trustees, officers, and employees..

County Clerk: County Clerk of the County of Santa Cruz, California.

County Counsel: County Counsel of the County of Santa Cruz, California.

Department of Transportation: Department of Public Works of the County of Santa Cruz, California.

District: Department of Public Works of the County of Santa Cruz, California.

Laboratory or Transportation Laboratory: Laboratory suitable to the Engineer.

Office of Administrative Hearings: Board of Supervisors of the County of Santa Cruz, California.

Project: The total of the work and obligations agreed to be performed under the Contract.

Project Engineer: Engineer of Record.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

2 BIDDING

Replace the first paragraph of section 2-1.06A with:

The Bid Book (Book 1 of 3) contains bid forms, and certifications.

Add after the first paragraph of section 2-1.06B:

The Department makes the following supplemental project information available:

Page 16: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Supplemental Project Information

Means Description

Included in the Information Handout Final Geotechnical Report, Branciforte Drive Drainage Memo, Categorical Exemption/Categorical Exclusion Determination Forms, Batch Biological Assessment County of Santa Cruz Emergency Relief Program (June 2019), County of Santa Cruz Notice of Exemptions, Natural Environment Study (NES), 404 permit and Revised Standard Plans.

Add to section 2-1.06B:

In addition to the plans incorporated in the Contract at the time of signing, the Engineer may furnish working plans and supplemental plans from time to time as may be necessary to make clear, or to define in greater detail, the intent of the Contract Documents and special provisions. In furnishing additional drawings and/or instructions, the Engineer has authority to make minor changes in the work, not involving extra cost, and not inconsistent with the nature of the work. These working drawings and supplemental drawings become a part of the Contract Documents, and the Contractor must make its work conform to them.

The report(s) may contain facts that may materially affect Bidders' bids. In addition, the County has constructed other public works projects throughout the County of Santa Cruz and obtained reports and other information in the course of the design and construction of those other public works construction projects, all of which may contain facts that may materially affect Bidders' bids. Bidders are strongly encouraged to inspect all of County of Santa Cruz Department of Public Works reports, records and documents referred to above. Said reports and documents will be made available upon written request at Santa Cruz County Department of Public Works for inspection and copying at Bidders' sole cost and expense, during normal working hours.

Where investigations of subsurface conditions have been made with respect to foundation or other structural design, and that information is made available to you, said information represents only the statement as to the character of materials which have been actually encountered by the County in its investigation, and is only made available or included for the convenience of bidders.

Investigations of subsurface conditions are made for the purpose of design, and the County assumes no responsibility whatsoever with respect to the sufficiency or accuracy of borings, the log of test borings, or other preliminary investigations, or of the interpretation, and there is no guaranty, either expressed or implied, that the conditions indicated are representative of those existing throughout the work, or any part of it, or that unanticipated conditions may not occur. When a log of test borings is made available to you or included in the Contract Documents, it is expressly understood and agreed that the log of test borings does not constitute a part of the Contract and is made available or included in the Contract Documents only for the convenience of the bidders. Making such information available to bidders is not to be construed in any way as a waiver of the provisions of section 2-1.07, and bidders must satisfy themselves, through their own investigations, as to conditions to be encountered.

Replace the first paragraph of section 2-1.07 with:

Examine the job site and bid documents. Notify the Department of apparent errors and patent ambiguities in the plans, specifications, and Bid Item List by submitting a written request for clarification a minimum of 5 days before bid opening. Failure to do so may result in rejection of a bid or rescission of an award. The correction of the bid documents during the bidding period will be made by issuing an addendum. Any other interpretation or explanation will not be considered binding.

Replace section 2-1.12 with:

2-1.12 DISADVANTAGED BUSINESS ENTERPRISES

Page 17: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Under 49CFR26.13(b):

The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49CFR26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate.

Take necessary and reasonable steps to ensure that DBEs have opportunity to participate in the contract (49CFR26).

To ensure equal participation of DBEs provided in 49CFR26.5, the Agency shows a contract goal for DBEs.

Make work available to DBEs and select work parts consistent with available DBE subcontractors and suppliers.

Meet the DBE goal shown elsewhere in these special provisions or demonstrate that you made adequate good faith efforts to meet this goal.

It is your responsibility to verify that the DBE firm is certified as DBE at date of bid opening. For a list of DBEs certified by the California Unified Certification Program, go to: http://www.dot.ca.gov/hq/bep/find_certified.htm.

All DBE participation will count toward the California Department of Transportation’s federally mandated statewide overall DBE goal.

• Credit for materials or supplies you purchase from DBEs counts towards the goal in the following manner:

• 100 percent counts if the materials or supplies are obtained from a DBE manufacturer.

• 60 percent counts if the materials or supplies are obtained from a DBE regular dealer.

• Only fees, commissions, and charges for assistance in the procurement and delivery of materials or supplies count if obtained from a DBE that is neither a manufacturer nor regular dealer. 49CFR26.55 defines "manufacturer" and "regular dealer."

You receive credit towards the goal if you employ a DBE trucking company that performs a commercially useful function as defined in 49CFR26.55(d)(1) as follows:

• The DBE must be responsible for the management and supervision of the entire trucking operation for which it is responsible on a particular contract, and there cannot be a contrived arrangement for the purpose of meeting DBE goals.

• The DBE must itself own and operate at least one fully licensed, insured, and operational truck used on the contract.

• The DBE receives credit for the total value of the transportation services it provides on the Contract using trucks it owns, insures, and operates using drivers it employs.

• The DBE may lease trucks from another DBE firm, including an owner-operator who is certified as a DBE. The DBE who leases trucks from another DBE receives credit for the total value of the transportation services the lessee DBE provides on the Contract.

• The DBE may lease trucks without drivers from a non-DBE truck leasing company. If the DBE leases trucks from a non-DBE truck leasing company and uses its own employees as drivers, it is entitled to credit for the total value of these hauling services.

• A lease must indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others during the term of the lease with the consent of the DBE, so long as the lease gives the DBE absolute priority for use of the leased truck. Leased trucks must display the name and identification number of the DBE.

2-1.12A DBE Commitment Submittal

Submit the Exhibit 15-G Construction Contract DBE Commitment, included in the Bid book. If the form is not submitted with the bid, remove the form from the Bid book before submitting your bid.

Page 18: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

If the DBE Commitment form is not submitted with the bid, all bidders must complete and submit Exhibit 15-G to the Agency. The DBE Commitment form must be received by the Agency within five (5) days of bid opening.

Submit written confirmation from each DBE stating that it is participating in the contract. Include confirmation with the DBE Commitment form. A copy of a DBE's quote will serve as written confirmation that the DBE is participating in the contract.

If you do not submit the DBE Commitment form within the specified time, the Agency will find your bid nonresponsive.

2-1.12B Good Faith Efforts Submittal

Exhibit 15-H: Proposer/Contractor Good Faith Efforts is due to the local agency within five (5) days of bid opening. Days means calendar days. In computing any period of time described in this part, the day from which the period begins to run is not counted, and when the last day of the period is a Saturday, Sunday, or federal holiday, the period extends to the next day that is not a Saturday, Sunday, or federal holiday. Similarly, in circumstances where the recipient’s offices are closed for all or part of the last day, the period extends to the next on which the agency is open. Only good faith efforts directed towards obtaining participation and meeting or exceeding the DBE contract goal will be considered.

Submittal of good faith efforts documentation within the specified time protects your eligibility for award of the contract in the event the Agency finds that the DBE goal has not been met.

Good faith efforts documentation must include the following information and supporting documents, as necessary:

1. Items of work you have made available to DBE firms. Identify those items of work you might otherwise perform with your own forces and those items that have been broken down into economically feasible units to facilitate DBE participation. For each item listed, show the dollar value and percentage of the total contract. It is your responsibility to demonstrate that sufficient work to meet the goal was made available to DBE firms.

2. Names of certified DBEs and dates on which they were solicited to bid on the project. Include the items of work offered. Describe the methods used for following up initial solicitations to determine with certainty if the DBEs were interested, and the dates of the follow-up. Attach supporting documents such as copies of letters, memos, facsimiles sent, telephone logs, telephone billing statements, and other evidence of solicitation. You are reminded to solicit certified DBEs through all reasonable and available means and provide sufficient time to allow DBEs to respond.

3. Name of selected firm and its status as a DBE for each item of work made available. Include name, address, and telephone number of each DBE that provided a quote and their price quote. If the firm selected for the item is not a DBE, provide the reasons for the selection.

4. Name and date of each publication in which you requested DBE participation for the project. Attach copies of the published advertisements.

5. Names of agencies and dates on which they were contacted to provide assistance in contacting, recruiting, and using DBE firms. If the agencies were contacted in writing, provide copies of supporting documents.

6. List of efforts made to provide interested DBEs with adequate information about the plans, specifications, and requirements of the contract to assist them in responding to a solicitation. If you have provided information, identify the name of the DBE assisted, the nature of the information provided, and date of contact. Provide copies of supporting documents, as appropriate.

7. List of efforts made to assist interested DBEs in obtaining bonding, lines of credit, insurance, necessary equipment, supplies, and materials, excluding supplies and equipment that the DBE subcontractor purchases or leases from the prime contractor or its affiliate. If such assistance is provided by you, identify the name of the DBE assisted, nature of the assistance offered, and date assistance was provided. Provide copies of supporting documents, as appropriate.

8. Any additional data to support demonstration of good faith efforts.

Page 19: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

The Agency may consider DBE commitments from other bidders when determining whether the low bidder made good faith efforts to meet or exceed the DBE goal.

2-1.12C Exhibit 15-G - Construction Contract DBE Commitment

Complete and sign Exhibit 15-G Construction Contract DBE Commitment included in the contract documents regardless of whether DBE participation is reported.

Provide written confirmation from each DBE that the DBE is participating in the Contract. A copy of a DBE's quote serves as written confirmation. If a DBE is participating as a joint venture partner, please submit a copy of the joint venture agreement.

Replace the first paragraph of section 2-1.33A with:

Complete the forms in the Bid book. Submit forms at time of bid unless section 2-1.33D specifies a different deadline.

Any bid which proposes or calls for the use of any tropical hardwood or tropical hardwood product in performance of the Contract will be deemed non-responsive. Do not provide any items in performance of this Contract that are tropical hardwoods or tropical hardwood products. The County of Santa Cruz urges companies not to import, purchase, obtain, or use for any purpose, any tropical hardwood or tropical hardwood product. In the event you fail to comply in good faith with any of the provisions of County Code Section 2.37.107, you will be liable for liquidated damages in an amount equal to your net profit under the Contract, or five percent (5%) of the total amount of the Contract Sum, whichever is greater. You acknowledge and agree that the liquidated damages assessed will be payable to the County upon demand and may be set off against any monies due to you from any contract with the County.

Replace section 2-1.33B(2)(b)(ii) with:

This is a non-informal-bid contract, submit the bid forms according to the schedule shown in the following table:

Bid Form Submittal Schedule for a Federal-Aid Contract with a DBE Goal

Form Submittal deadline

Bid to the Department of Transportation Time of bid except for the public works contractor registration number

Exhibit 12-B Bidder’s List of Subcontractors (DBE and Non-DBE), Part 1

Time of bid except for the public works contractor registration number

Exhibit 12-B Bidder’s List of Subcontractors as submitted at the time of bid with the public works contractor registration number

10 days after bid opening

Exhibit 12-B Bidder’s List of Subcontractors (DBE and Non-DBE), Part 2

No later than 4 p.m. on the 5th business day after bid opening

Exhibit 15-G Construction Contract DBE Commitment No later than 4 p.m. on the 5th business day after bid opening

DBE Confirmation No later than 4 p.m. on the 5th business day after bid opening

Exhibit 15-H DBE Information - Good Faith Efforts Documentation

No later than 4 p.m. on the 5th business day after bid opening

Replace items 2-4 of the list in the first paragraph of section 2-1.34 with:

2. Cashier's check made payable to the County of Santa Cruz

3. Certified check made payable to the County of Santa Cruz

4. Bidder's bond signed by a surety insurer who is licensed in California made payable to the County of Santa Cruz

Page 20: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Add to section 2-1.34:

The Bidder must pay to the County such sums from said cash, bond, certified check, or cashier's check as necessary to reimburse the County for costs incurred for failure of the successful bidder to complete, sign and return in strict compliance with these Contract Documents, the Contractor's Qualification Questionnaire, or enter into a contract. The amount of said cash, bond, certified check, or cashier's check must not be deemed to constitute a penalty or liquidated damages. The County will not be precluded by such cash, bond, certified check, or cashier's check from recovering from the defaulting bidder damages in excess of the amount of said cash, bond, certified check, or cashier's check incurred as a result of the failure of the successful bidder to complete, sign and return in strict compliance with these Contract Documents, if requested to do so, Contractor's Qualification Questionnaire, or enter into a contract.

Replace section 2-1.43 with:

The Agency publicly opens and reads bids at the time and place shown on the Notice to Bidders.

Replace the paragraphs in section 2-1.46 with:

The Department's decision on the bid amount is final.

The Department may reject:

1. Any and all bids

2. A nonresponsive bid

The Department may waive any minor irregularity in a bid.

Replace section 2-1.50 with:

The U.S. Department of Transportation (DOT) provides a toll-free hotline to report bid rigging activities. Use the hotline to report bid rigging, bidder collusion, and other fraudulent activities. The hotline number is (800) 424-9071. The service is available 24 hours 7 days a week and is confidential and anonymous. The hotline is part of the DOT's effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the DOT Inspector General.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

3 CONTRACT AWARD AND EXECUTION

Delete the fourth paragraph of section 3-1.04.

Replace section 3-1.05 with:

3-1.05 CONTRACT BONDS (PUB CONT CODE §§ 10221 AND 10222)

Within eight days, excluding Saturdays, Sundays and holidays, after your receipt of the contract, furnish 2 bonds:

1. Payment bond to secure the claim payments of laborers, workers, mechanics, or materialmen providing goods, labor, or services under the Contract. This bond must be equal to at least 100 percent of the total bid. The bond must be in accordance with the provisions of Sections 8150-8154 and 9550-9566, inclusive, of the Civil Code of the State of California, and Section 13020 of the Unemployment Insurance Code of the State of California. Said bond must also contain a provision

Page 21: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

that the surety thereon waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California.

2. Performance bond to guarantee the faithful performance of the Contract. This bond must be equal to at least 100 percent of the total bid. The bond must contain a provision that the surety thereon waives the provisions of Sections 2819 and 2845 of the Civil Code of the State of California.

The Department furnishes the successful bidder with bond forms.

The bonds must be issued by a surety insurer who is licensed in California.

The surety companies must familiarize themselves with all provisions and conditions of the Contract. It is understood and agreed that the surety or sureties waive the right of special notification of any modifications or alterations, omissions or reductions, extra or additional work, extensions of time, or any other act or acts by the County or its authorized agents under the terms of the Contract; and failure to so notify the surety companies of such changes will in no way relieve the surety or sureties of their obligations under this Contract.

Replace section 3-1.06 with:

3-1.06 CONTRACTOR LICENSE

For a federal-aid contract, the Contractor must be properly licensed as a contractor from contract award through Contract acceptance (Pub Contract Code § 10164). For a non-federal-aid contract:

1. Contractor must be properly licensed as a contractor from bid opening through Contract acceptance (Bus & Prof Code § 7028.15)

2. Joint venture bidders must obtain a joint venture license before contract award (Bus & Prof Code § 7029.1)

The Bidder must be licensed under the provisions of Chapter 9, Division 3, of the Business and Professions Code of the State of California to do the type of work contemplated in the Contract Documents, and must be skilled and regularly engaged in the general class or type of work called for under this Contract. Complete the Contractor Qualifications and Contractor Qualification Questionnaire.

All C-10 contractors and individuals working for C-10 contractors who perform electrical work are required to adhere to the requirements of the California Electrician Certification Program in accordance with the California Code of Regulations, Title 8, Division 1, Chapter 2, Subchapter IV. Any entity or individual failing to comply must immediately cease performing electrical work and will not be allowed to perform electrical work until evidence is provided that the individual working on the project conforms to the Electrician Certification Program. An Electrician Certification Complaint Referral Form (Labor Code 3099.2), provided by the Department of Industrial Relations, Division of Apprenticeship Standards, will be issued for failure to comply with the requirements of the California Electrician Certification Program.

Only C-10 contractors may perform electrical work, which is defined as the placement, installation, erection, or connection of any electrical, wires, fixtures, appliances, apparatus, raceways, conduits, solar photovoltaic cells or any part thereof, which generates, transmits, transforms, or utilizes electrical energy in any form or for any purpose.

Proof of compliance must be provided to the County prior to commencement of any work.

Replace the first paragraph of section 3-1.07 with:

Within 8 business days of receiving the Notice of Award the successful bidder must submit:

1. Copy of its commercial general liability policy and its excess policy or binder until such time as a policy is available, including the declarations page, applicable endorsements, riders, and other modifications in effect at the time of contract execution. Standard ISO form no. CG 00 01 or similar

Page 22: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

exclusions are allowed if not inconsistent with section 7-1.06. The allowance of additional exclusions is at the discretion of the Department.

2. Certificate of insurance showing all other required coverages. Certificates of insurance, as evidence of required insurance for the auto liability and any other required policy, must set forth deductible amounts applicable to each policy and all exclusions that are added by endorsement to each policy. The evidence of insurance must provide that no cancellation, lapse, or reduction of coverage will occur without 30 days prior written notice to the Department.

3. Declaration under the penalty of perjury by a CPA certifying the accountant has applied GAAP guidelines confirming the successful bidder has enough funds and resources to cover any self-insured retentions if the self-insured retention is over $50,000.

Replace “RESERVED” in section 3-1.09 with:

3-1.09 FRINGE BENEFIT STATEMENT FORM

Submit the Fringe Benefit Statement form in the Bid Book for all trades to be employed.

Replace the third and fifth paragraphs in section 3-1.18 with:

The Contract form will be provided by the County. The County must receive these documents before the 8th business day after the bidder receives the contract. After signing by the County, one copy will be delivered to the Engineer, and one copy will be returned to the bidder.

If the bidder to whom the award is made fails or refuses to enter into the Contract within eight (8) business days of receiving the Notice of Award, the County may then award the Contract to the next lowest responsible bidder. This will be done after the failure or refusal of the low bidder to enter into the Contract, as is convenient for the County. If the next lowest responsible bidder fails or refuses to enter into the Contract, then the County may then award the Contract to the next lowest responsible bidder.

If any one or more of the provisions contained in the Contract should be invalid, illegal, or unenforceable in any respect, the validity, legality, and enforceability of the remaining provisions contained will not in any way be affected or impaired.

This Contract constitutes the full and complete understanding of the parties, and supersedes any previous agreements or understandings, oral or written, with respect to the subject matter hereof. The Contract may only be modified by a written instrument signed by both parties.

Contractor hereby assigns to County all its first-tier subcontracts now or hereafter entered into by Contractor for performance of any part of the work. The assignment will be effective upon acceptance by County in writing, and only as to those subcontracts, which County designates in writing. Such assignment is part of the consideration to County for entering into the Contract with Contractor and may not be withdrawn.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

4 SCOPE OF WORK

Add to section 4-1.02:

All work and materials must be in accordance with the latest adopted standards and regulations of the State Fire Marshal; the Uniform Building Code; the National Electrical Code; the Uniform Plumbing Code; Americans With Disabilities Act; and all other applicable codes, laws, or regulations. Immediately upon signing of the Contract, diligently review the Contract Documents and determine if any work described or inferred within the Contract Documents is not in conformance with these requirements. If you discover

Page 23: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

work within the Contract Documents not in conformance with these requirements, immediately notify the Engineer in writing. When the work in the Contract Documents differs from governing codes, Contract Sum is based upon the more costly or expensive standard.

Replace section 4-1.06 with:

4-1.06 CHANGED CONDITIONS (23 CFR 635.109)

4-1.06A DIFFERING SITE CONDITIONS

1. During the progress of the work, if subsurface or latent physical conditions are encountered at the site differing materially from those indicated in the contract or if unknown physical conditions of an unusual nature, differing materially from those ordinarily encountered and generally recognized as inherent in the work provided for in the contract, are encountered at the site, the party discovering such conditions shall promptly notify the other party in writing of the specific differing conditions before the site is disturbed and before the affected work is performed.

2. Upon written notification, the engineer will investigate the conditions, and if it is determined that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any work under the contract, an adjustment, excluding anticipated profits, will be made and the contract modified in writing accordingly. The engineer will notify the contractor of the determination whether or not an adjustment of the contract is warranted.

3. No contract adjustment which results in a benefit to the contractor will be allowed unless the contractor has provided the required written notice.

4. No contract adjustment will be allowed under this clause for any effects caused on unchanged work.

4-1.06B SUSPENSIONS OF WORK ORDERED BY THE ENGINEER

1. If the performance of all or any portion of the work is suspended or delayed by the engineer in writing for an unreasonable period of time (not originally anticipated, customary, or inherent to the construction industry) and the contractor believes that additional compensation and/or contract time is due as a result of such suspension or delay, the contractor shall submit to the engineer in writing a request for adjustment within 7 calendar days of receipt of the notice to resume work. The request shall set forth the reasons and support for such adjustment.

2. Upon receipt, the engineer will evaluate the contractor's request. If the engineer agrees that the cost and/or time required for the performance of the contract has increased as a result of such suspension and the suspension was caused by conditions beyond the control of and not the fault of the contractor, its suppliers, or subcontractors at any approved tier, and not caused by weather, the engineer will make an adjustment (excluding profit) and modify the contract in writing accordingly. The contractor will be notified of the engineer's determination whether or not an adjustment of the contract is warranted.

3. No contract adjustment will be allowed unless the contractor has submitted the request for adjustment within the time prescribed.

4. No contract adjustment will be allowed under this clause to the extent that performance would have been suspended or delayed by any other cause, or for which an adjustment is provided or excluded under any other term or condition of this contract.

4-1.06C SIGNIFICANT CHANGES IN THE CHARACTER OF WORK

1. The engineer reserves the right to make, in writing, at any time during the work, such changes in quantities and such alterations in the work as are necessary to satisfactorily complete the project. Such changes in quantities and alterations shall not invalidate the contract nor release the surety, and the contractor agrees to perform the work as altered.

Page 24: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

2. If the alterations or changes in quantities significantly change the character of the work under the contract, whether such alterations or changes are in themselves significant changes to the character of the work or by affecting other work cause such other work to become significantly different in character, an adjustment, excluding anticipated profit, will be made to the contract. The basis for the adjustment shall be agreed upon prior to the performance of the work. If a basis cannot be agreed upon, then an adjustment will be made either for or against the contractor in such amount as the engineer may determine to be fair and equitable.

3. If the alterations or changes in quantities do not significantly change the character of the work to be performed under the contract, the altered work will be paid for as provided elsewhere in the contract.

4. The term “significant change” shall be construed to apply only to the following circumstances:

• When the character of the work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or

• When a major item of work, as defined elsewhere in the contract, is increased in excess of 125 percent or decreased below 75 percent of the original contract quantity. Any allowance for an increase in quantity shall apply only to that portion in excess of 125 percent of original contract item quantity, or in case of a decrease below 75 percent, to the actual amount of work performed.

Add to section 4:

4-1.14 AS-BUILT PLANS

Maintain one set of up to date ‘As Built Plans’ that accurately represent any changes to the original project or plan set. The ‘As Built Plans’ are in addition to any working or shop drawings required for the project’s completion.

Before Contract acceptance, you and the Engineer will review the ‘As Built Plans’ and make revisions or changes as necessary and certify them as accurately representing the final project. Deliver a copy of the final ‘As Built Plans’ to the Engineer before contract acceptance.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

5 CONTROL OF WORK

Add to section 5-1.01:

You will be furnished 3 copies of the Contract Documents. Retain an approved set of Contract Documents on the job at all times.

Both the address given in the proposal and your office in the vicinity of the work are designated as places to either of which drawings, letters, notices, or other articles or communications to the Contractor may be mailed, transmitted electronically or delivered. The mailing, electronic transmission or delivery at either of these places will be deemed sufficient notice. Nothing in the specification is deemed to preclude the service of any drawing, letter, notice, article, or communication to you or your representative personally. Provide written notice to the Engineer to change the address named in the proposal.

You are responsible for verifying that all information and data contained and set forth in all of your and subcontractor’s submittals that are required by the Contract Documents comply in all respects with the Contract Documents.

Page 25: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

If any particular type or piece of equipment has been banned, or if the Engineer has condemned for use on the work, any piece or pieces of equipment, promptly remove such equipment from the site of the work. Failure to do so within a reasonable time may be considered a breach of contract.

Make arrangements for a construction staging area and provide the Engineer with the Construction Staging Area Notification Form in the Contract, for the approval of the Engineer of those arrangements. Staging area must be in conformance with all County land use and zoning regulations.

Incorporate best management practices such as surfacing the ingress and egress to the construction staging area with gravel, compacted base rock material or other measures to prevent tracking or deposition of mud, dirt, dust and debris onto the public right of way or outside of the staging area. Submit details of the proposed ingress/egress improvements to the Engineer prior to use of said construction staging area. During the course of the work and prior to the end of each work day, clean all tracked materials from the public right of way to the satisfaction of the Engineer. Should you fail to adequately clean the public travel way within a four hour written notice by the Engineer or by the end of the work day, you shall forfeit $100 to the County plus the cost of any County expenditures to clean the travel way per occurrence. Forfeited amounts and County expenditures will be deducted from the next progress payment.

Provide the Engineer with two working days prior written notice of any work to be done on a Saturday, with the location and type of work to be done specified; and any work done without such notice and without the supervision of an inspector may be ordered removed and replaced at your expense.

Replace the second paragraph of section 5-1.12 with:

Do not assign the right to receive Contract payments to a third party. The Department does not accept the assignment. This does not pertain to escrow accounts established for the sole purpose of depositing retained earnings in accordance with Section 10263 of the Public Contract Code.

Add to section 5-1.13A:

For federal-aid contracts insert form FHWA-1273 in all subcontractor contracts and all lower tier subcontracts.

The agency may hold retainage from the prime contractor and shall make prompt and regular incremental acceptances of portions, as determined by the agency, of the contract work, and pay retainage to the prime contractor based on these acceptances. The prime contractor, or subcontractor, shall return all monies withheld in retention from a subcontractor within seven (7) days after receiving payment for work satisfactorily completed and accepted including incremental acceptances of portions of the contract work by the agency, unless as agreed to in writing by the prime contractor and subcontractor, pursuant to Section 7108.5 of the Business and Professions Code. Any violation of this provision shall subject the violating prime contractor or subcontractor to the penalties, sanctions and other remedies specified in Section this code. These requirements shall not be construed to limit or impair any contractual, administrative, or judicial remedies otherwise available to the prime contractor or subcontractor in the event of a dispute involving late payment or nonpayment by the prime contractor, deficient subcontract performance, or noncompliance by a subcontractor.

When any portion of the work which has been subcontracted is not being prosecuted in a satisfactory manner, terminate the subcontractor immediately upon written notice from the Engineer or County, and do not employ the subcontractor again on the type of work in which its performance was unsatisfactory.

Replace section 5-1.13(B):

5-1.13B Disadvantaged Business Enterprise

5-1.13B(1) Subcontractor and Disadvantaged Business Enterprise Records

Page 26: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Use each DBE subcontractor as listed on Exhibit 12-B Bidder’s List of Subcontractors (DBE and Non-DBE), and Exhibit 15-G Construction Contract DBE Commitment form unless you receive authorization for a substitution.

The Agency requests the Contractor to:

1. Notify the Resident Engineer or Inspector of any changes to its anticipated DBE participation 2. Provide this notification before starting the affected work 3. Maintain records including:

• Name and business address of each 1st-tier subcontractor

• Name and business address of each DBE subcontractor, DBE vendor, and DBE trucking company, regardless of tier

• Date of payment and total amount paid to each business (see Exhibit 9-F: Monthly Disadvantaged Business Enterprise Payment)

If you are a DBE contractor, include the date of work performed by your own forces and the corresponding value of the work.

Before the 15th of each month, submit a Monthly DBE Trucking Verification form.

If a DBE is decertified before completing its work, the DBE must notify you in writing of the decertification date. If a business becomes a certified DBE before completing its work, the business must notify you in writing of the certification date. Submit the notifications. On work completion, complete a Disadvantaged Business Enterprises (DBE) Certification Status Change, Exhibit 17-O, form. Submit the form within 30 days of contract acceptance.

Upon work completion, complete Exhibit 17-F Final Report – Utilization of Disadvantaged Business Enterprises (DBE), First-Tier Subcontractors. Submit it within 90 days of contract acceptance. The Agency will withhold $10,000 until the form is submitted. The Agency releases the withhold upon submission of the completed form.

5-1.13B(2) Performance of Disadvantaged Business Enterprises

DBEs must perform work or supply materials as listed in the Exhibit 15-G Construction Contract DBE Commitment form, included in the Bid.

Do not terminate or substitute a listed DBE for convenience and perform the work with your own forces or obtain materials from other sources without authorization from the Agency.

The Agency authorizes a request to use other forces or sources of materials if the bidder shows any of the following justifications:

1. Listed DBE fails or refuses to execute a written contract based on plans and specifications for the project.

2. You stipulated that a bond is a condition of executing the subcontract and the listed DBE fails to meet your bond requirements.

3. Work requires a contractor's license and listed DBE does not have a valid license under Contractors License Law.

4. Listed DBE fails or refuses to perform the work or furnish the listed materials. 5. Listed DBE's work is unsatisfactory and not in compliance with the contract. 6. Listed DBE is ineligible to work on the project because of suspension or debarment. 7. Listed DBE becomes bankrupt or insolvent. 8. Listed DBE voluntarily withdraws with written notice from the Contract. 9. Listed DBE is ineligible to receive credit for the type of work required. 10. Listed DBE owner dies or becomes disabled resulting in the inability to perform the work on the

Contract. 11. Agency determines other documented good cause.

Notify the original DBE of your intent to use other forces or material sources and provide the reasons. Provide the DBE with 5 days to respond to your notice and advise you and the Agency of the reasons

Page 27: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

why the use of other forces or sources of materials should not occur. Your request to use other forces or material sources must include:

1. One or more of the reasons listed in the preceding paragraph. 2. Notices from you to the DBE regarding the request. 3. Notices from the DBEs to you regarding the request.

If a listed DBE is terminated or substituted, you must make good faith efforts to find another DBE to substitute for the original DBE. The substitute DBE must perform at least the same amount of work as the original DBE under the contract to the extent needed to meet or exceed the DBE goal.

The contractor or consultant shall utilize the specific DBEs listed to perform the work and supply the materials for which each is listed unless the contractor or subconsultant obtains the agency’s written consent. Unless the agency’s consent is provided, the contractor shall not be entitled to any payment for work or material unless it is performed or supplied by the listed DBE on the Exhibit 15-G: Construction Contract DBE Commitment.

5-1.13B(3) Use of Joint Checks

You may use a joint check between the Contractor or lower-tier subcontractor and a DBE subcontractor purchasing materials from a material supplier if you obtain prior approval from the Department for your proposed use of joint checks upon submittal of a DBE Joint Check Agreement Request form. To use a joint check, the following conditions must be met: 1. All parties, including the Contractor, must agree to the use of a joint check 2. Entity issuing the joint check acts solely to guarantee payment 3. DBE must release the check to the material supplier 4. Department must authorize the request before implementation 5. Any party to the agreement must provide requested documentation within 10 days of the

Department's request for the documentation 6. Agreement to use a joint check must be short-term, not to exceed 1 year, allowing sufficient time

needed to establish or increase a credit line with the material supplier

A request for a joint check agreement may be initiated by any party. If a joint check is used, the DBE remains responsible for all elements of 49 CFR 26.55(c)(1). Failure to comply with section 5-1.13B(3) disqualifies DBE participation and results in no credit and no payment to the Contractor for DBE participation. A joint check may not be used between the Contractor or subcontractor and a DBE regular dealer, bulk material supplier, manufacturer, wholesaler, broker, trucker, packager, manufacturer’s representative, or other persons who arrange or expedite transactions.

Add to section 5-1.16:

Your representative must be available to respond to the job site within 1-2 hours at all times, including non-work hours, weekends and holidays.

Add to section 5-1.23A:

Each submittal must be dated and appropriately titled with the bid item number and project name.

Add after the 3rd paragraph in section 5-1.26:

One set of stakes or marks will be set by the Engineer and will be limited to the following: slope stakes; finished grade stakes; line and grade stakes for culverts and minor features; or the stakes or marks the Engineer determines to be necessary to establish the lines and grades required for the completion of the work described.

Page 28: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Add to section 5-1.31:

Construct and maintain the necessary sanitary conveniences for the use of the workers on the project, properly obscured from public observance.

If you fail or refuse to fulfill these obligations to the County's satisfaction, County may, at its option, undertake these obligations, and withhold the cost of performing these obligations, plus an additional fee of twenty-five percent (25%) for administrative costs, from payments to you.

Add to the first paragraph in section 5-1.42:

You are responsible for all RFI’s submitted. If it is determined that the information requested is clearly stated in the contract documents you will be charged for the Engineer’s time and expenses associated with reviewing and responding to the RFI. If there is a disagreement regarding the cost, the Engineer decides.

For projects with a contract price under $5 million add to section 5-1.43A:

Claims of $375,000.00 or less that arises between you and the County will be resolved per the provisions of Article 1.5 entitled “Resolution of Construction Claims” of the Public Contract Code. Contractors bidding on this project must be familiar with the provisions of this article. Article 1.5 outlines the process to be used depending on whether the amount of the claim in controversy exceeds $50,000.00 or not.

The article identifies the time limits for the Contractor to submit adequate documentation of the claims (Section 20104.2) and establish the procedures for pursuing civil actions filed to resolve claims subject to this article (Section 20104.4). The provisions of this article shall remain in effect in the Contract even if the provision is repealed by the Legislature (Section 20104.8).

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

6 CONTROL OF MATERIALS

Add to section 6-1.01:

Nothing in this Contract must be construed as vesting in you any right of property in the materials used, after they have been installed, attached, or affixed to the work, but all such materials are the property of you and the County jointly, and cannot be removed from the work without the consent of the County.

Replace Reserved in section 6-1.04A with:

The Contractor agrees;

1. To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carries, dry cargo liners, and tankers) involved, whenever shipping any equipment, material, or commodities pursuant to this contract, to the extent such vessels are available at fair and reasonable rates for United States-flag commercial vessels.

2. To furnish within 20 days following the date of loading for shipments originating within the United State or within 30 working days following the date of loading for shipments originating outside the United States, a legible copy of a rated “on-board” commercial ocean bill-of-lading in English for each shipment of cargo described in paragraph (1) of this section to both the Contracting Officer (through the prime contractor in the case of subcontractor bills-of-lading) and to the Division of National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.

3. To insert the substance of the provisions of this clause in all subcontracts issued pursuant to this contract.

Page 29: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Replace the section 6-1.04C with:

Furnish steel and iron materials to be incorporated into the work with certificates of compliance and certified mill test reports. Mill test reports must indicate where the steel and iron were melted and manufactured. Steel and iron materials must be produced in the U.S. except:

1. Foreign pig iron and processed, pelletized, and reduced iron ore may be used in the domestic production of the steel and iron materials [60 Fed Reg 15478 (03/24/1995)];

2. If the total combined cost of the materials does not exceed the greater of 0.1 percent of the total bid or $2,500, materials produced outside the U.S. may be used.

Production includes:

1. Processing steel and iron materials, including smelting or other processes that alter the physical form or shape (such as rolling, extruding, machining, bending, grinding, and drilling) or chemical composition;

2. Coating application, including epoxy coating, galvanizing, and painting, that protects or enhances the value of steel and iron materials.

Replace 5th paragraph section 6-2.01A:

The Department uses a Quality Assurance Program (QAP) to ensure a material is produced to comply with the Contract. For a copy of the manual, contact the Department.

Add to section 6-2.03A:

The Department may use multiple acceptance methods for a material.

Specifications in sections titled "Department Acceptance" do not include all requirements on which the Department makes its acceptance.

The Department may inspect, sample, and test materials for compliance with the Contract at any time.

Allow the Department to record, including photograph and video, to ensure a material is produced to comply with the Contract.

You may examine the records and reports of tests the Department performs if they are available at the job site.

Schedule work to allow time for the Department's QAP (inspection, sampling, testing, etc.)

The Department deducts testing costs for work that does not comply with the Contract.

The Department may retest material previously tested and authorized for use. If the Department notifies you of a retest, furnish resources for retesting.

Remove from the site all rejected materials brought to, or incorporated in, the work. Do not propose to use the rejected materials again. All work that has been rejected must be remedied, or removed and replaced, in an acceptable manner at your expense. If you fail to comply within 48 hours or to make satisfactory progress in so doing, the County may remove rejected materials, or rejected work and deduct and retain the costs from any payments due or to become due.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

7 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC

Page 30: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Add to section 7-1.01:

The right of general supervision does not make you an agent of the County and your liability for all damages to persons or to public or private property arising from the performance of the work is not lessened because of such general supervision.

Add to section 7-1.02I(2):

TITLE VI ASSURANCES

During the performance of this contract, you agree as follows:

(1) Comply with Regulations: Comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract.

(2) Nondiscrimination: With regard to the work performed during the contract, you must not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub-applicants, including procurements of materials and leases of equipment. Do not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations.

(3) Solicitations for Sub-agreements, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by you for work to be performed under a Sub-agreement, including procurements of materials or leases of equipment, each potential sub-applicant or supplier must be notified by you of your obligations under this Contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin.

(4) Information and Reports: You must provide all information and reports required by the Regulations, or directives issued pursuant thereto, and must permit access to your books, records, accounts, other sources of information, and your facilities as may be determined by the California Department of Transportation or FHWA to be pertinent to ascertain compliance with Regulations or directives. Where any information required of you is in the exclusive possession of another who fails or refuses to furnish this information, you must so certify to the California Department of Transportation or the FHWA as appropriate, and must set forth what efforts you have made to obtain the information.

(5) Sanctions for Noncompliance: In the event of your noncompliance with the nondiscrimination provisions of this contract, the California Department of Transportation must impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to:

(a) withholding of payments to you under the Contract within a reasonable period of time, not to exceed 90 days; and/or

(b) cancellation, termination or suspension of the Contract, in whole or in part.

(6) Incorporation of Provisions: You must include the provisions of paragraphs (1) through (6) in every sub-agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto.

You must take such action with respect to any sub-agreement or procurement as the California Department of Transportation or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event you become involved in, or are threatened with, litigation with a sub-applicant or supplier as a result of such direction, you may request the California Department of Transportation enter into such litigation to protect the interests of the State, and, in addition, you may request the United States to enter into such litigation to protect the interests of the United States.

Maintain records and submit reports documenting your performance under this section.

Page 31: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

COUNTY EQUAL OPPORTUNITY EMPLOYMENT CONTRACT COMPLIANCE DEFINITIONS AND PROVISIONS.

The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, national origin, ancestry, physical or mental disability, medical condition (cancer related), marital status, pregnancy, gender, sexual orientation, age (over 18), veteran status or any other non-merit factor unrelated to job duties. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection of training including apprenticeship. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices setting forth the provisions of this non-discrimination clause.

In the event of the Contractor's non-compliance with the non-discrimination clauses of this Contract or with any of the said rules, regulations or orders, this Contractor may be declared ineligible for further contracts with the County.

For all contracts in excess of $50,000.00 where the Contractor employs at least 15 employees, the Department will require the inclusion of the following equal opportunity clauses as a condition of the Contract:

1) The Contractor shall state that it is an equal opportunity employer in all solicitations or advertisements

for employees placed by or on behalf of the Contractor, and ensure that all qualified applicants will receive consideration for employment without regard to race, color, religion, national origin, ancestry, physical or mental disability, medical condition (cancer related), pregnancy, marital status, gender, sexual orientation, age (over 18), veteran status or any other non-merit factor unrelated to job duties.

2) All County contracts must comply with the non-discrimination requirements of both the State and Federal governments. Certain specific projects conducted under State and/or Federal oversight may have additional definitions and requirements.

3) If applicable according to the contract-funding source, the Contractor will comply with all provisions of Executive Order 11246, as amended, and of the rules, regulations and orders of the Secretary of Labor, which include furnishing required information and report.

Replace the second paragraph of section 7-1.02K(2) with:

The general prevailing wage rates and any applicable changes to these wage rates are available from the Department of Industrial Relations' website.

Add to section 7-1.02K(2):

Pay travel and subsistence payments to each worker needed to execute the work, as such travel and subsistence are defined in the applicable collective bargaining agreements. (Labor Code § 1773.8)

Add to section 7-1.02K(2):

FEDERAL MINIMUM WAGE RATES

GENERAL DECISION: CA20200019 05/15/2020

The Federal Minimum Wage Rates General Decision: CA20200019 05/15/2020 is hereby incorporated by reference into these special provisions and shall be physically incorporated into the appendix of the special provisions prior to execution of the contract.

Page 32: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Add to section 7-1.02K(3):

Submit electronic certified payroll records required under California Labor Code Section 1776 to the Labor Commissioner pursuant to California Code of Regulations Chapter 8, Section 16404.

Replace the fifth paragraph in section 7-1.02K(3) with:

You must submit certified payroll records electronically to the Resident Engineer by email.

Add to section 7-1.02K(6)(a):

Existing sewers and appurtenances that have been exposed to sewage and industrial wastes should be considered contaminated with disease-causing organisms. Personnel in contact with contaminated facilities, debris, or wastewater, must take the necessary precautions. It is your responsibility to urge your personnel to observe a strict regimen of proper hygienic precautions, including any inoculations recommended by the local public health officer.

Because of the potential danger of solvents, gasoline, and other hazardous material in existing sewers and storm drain pipes; these areas are considered hazardous. Be aware of these dangers and comply with Article 108, "Confined Spaces," of the General Industrial Safety Orders contained in Title 8 of the California Administrative Code.

Add to the first paragraph of section 7-1.02K(6)(b):

Provide the County with a current copy of your Trench Excavation Permit from the Department of Industrial Relations, and the name and certification of your Competent Person responsible for monitoring excavation activities.

Replace Reserved in section 7-1.02K(6)(j)(i) with:

Section 7-1.02K(6)(j)(ii) applies if lead paint is encountered and a lead compliance plan is not specified.

Replace the 12th paragraph in section 7-1.03 with:

The Engineer may order or consent to your request to open a completed or partially completed portion of work for public use. You will not be compensated for any delay to your construction activities caused by the public. This does not relieve you from any other contractual responsibility. Opening the work to traffic does not automatically deem it complete and acceptable per the contract documents.

Add to section 7-1.03:

Normal working hours are 7:30 AM to 5:00 PM Monday through Friday. All work involving heavy equipment or traffic control must be done between 8:30 AM and 4:30 PM unless otherwise specified.

Add to section 7-1.06B:

If you utilize one or more subcontractors in the performance of this Contract, obtain and maintain Independent Contractor’s Insurance for each subcontractor or provide evidence of insurance coverage for each subcontractor equivalent to that required.

Add to section 7-1.06D(2):

If any insurance policy required of you by these Contract Documents includes language conditioning the insurer’s legal obligation to defend or indemnify the County of Santa Cruz on the performance of any act(s) by the named insured, then the insurance policy, by endorsement, must also name the County of Santa Cruz as a named insured. Notwithstanding the foregoing, both you and your insurers agree that by

Page 33: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

naming County of Santa Cruz as a named insured, the County of Santa Cruz may at its sole discretion, but is not obligated to, perform any act required by the named insured under said insurance policies.

Add to section 7-1.06G:

Pay all deductibles and self-insured retentions (SIR) within 5 working days.

Page 34: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Replace section 7-1.11B with:

REQUIRED CONTRACT PROVISIONS FHWA-1273 -- Revised May 1, 2012

FEDERAL-AID CONSTRUCTION CONTRACTS

I. General II. Nondiscrimination III. No segregated Facilities IV. Davis-Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution

Control Act X. Compliance with Government wide Suspension and Debarment

Requirements XI. Certification Regarding Use of Contract Funds for Lobbying

ATTACHMENTS

A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)

I. GENERAL

1. Form FHWA-1273 must be physically incorporated in each

construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services).

The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.

Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract).

2. Subject to the applicability criteria noted in the following sections,

these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.

3. A breach of any of the stipulations contained in these Required

Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA.

4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors.

II. NONDISCRIMINATION

The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts.

In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625- 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3.

Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.

The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements.

1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:

a. The contractor will work with the contracting agency and the Federal

Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract.

b. The contractor will accept as its operating policy the following statement:

"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."

Page 35: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

2. EEO Officer: The contractor will designate and make known to the contracting officers and EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting and active EEO program and who must be assigned adequate authority and responsibility to do so.

3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:

a. Periodic meetings of supervisory and personnel office

employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.

b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.

c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.

d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.

4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.

a. The contractor will, unless precluded by a valid bargaining

agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.

b. In the event the contractor has a valid bargaining agreement

providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.

FHWA-1273 -- Revised May 1, 2012

c. The contractor will encourage its present employees to refer

minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees.

5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:

a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.

b. The contractor will periodically evaluate the spread of wages paid

within each classification to determine any evidence of discriminatory wage practices.

c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.

d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal.

6. Training and Promotion:

a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.

b. Consistent with the contractor's work force requirements and as

permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a).

c. The contractor will advise employees and applicants for

employment of available training programs and entrance requirements for each.

d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.

Page 36: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:

a. The contractor will use good faith efforts to develop, in

cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.

b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.

c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.

d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency.

8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship.

9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.

a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract.

b. The contractor will use good faith efforts to ensure subcontractor

compliance with their EEO obligations.

FHWA-1273 -- Revised May 1, 2012

10. Assurance Required by 49 CFR 26.13(b):

a. The requirements of 49 CFR Part 26 and the State DOT’s U.S.

DOT-approved DBE program are incorporated by reference.

b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate.

11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.

a. The records kept by the contractor shall document the following:

(1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project;

(2) The progress and efforts being made in cooperation with

unions, when applicable, to increase employment opportunities for minorities and women; and

(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women.

b. The contractors and subcontractors will submit an annual report

to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non- minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.

III. NONSEGREGATED FACILITIES

This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more.

The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes.

Page 37: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

IV. DAVIS-BACON AND RELATED ACT PROVISIONS

This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.

The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA-1273 format and FHWA program requirements.

1. Minimum wages

a. All laborers and mechanics employed or working upon the site

of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

b. (1) The contracting officer shall require that any class of

laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:

FHWA-1273 -- Revised May 1, 2012

(i) The work to be performed by the classification requested is not

performed by a classification in the wage determination; and

(ii) The classification is utilized in the area by the construction

industry; and

(iii) The proposed wage rate, including any bona fide fringe benefits,

bears a reasonable relationship to the wage rates contained in the wage determination.

(2) If the contractor and the laborers and mechanics to be

employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(3) In the event the contractor, the laborers or mechanics to be

employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.

(4) The wage rate (including fringe benefits where appropriate)

determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.

c. Whenever the minimum wage rate prescribed in the contract for

a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.

d. If the contractor does not make payments to a trustee or other

third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

Page 38: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

2. Withholding

The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.

3. Payrolls and basic records

a. Payrolls and basic records relating thereto shall be maintained

by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.

b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and

FHWA-1273 -- Revised May 1, 2012

current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.

(2) Each payroll submitted shall be accompanied by a “Statement

of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:

(i) That the payroll for the payroll period contains the information

required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;

(ii) That each laborer or mechanic (including each helper,

apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;

(iii) That each laborer or mechanic has been paid not less than the

applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.

(3) The weekly submission of a properly executed certification set

forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section.

(4) The falsification of any of the above certifications may subject

the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.

c. The contractor or subcontractor shall make the records

required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.

Page 39: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

4. Apprentices and trainees

a. Apprentices (programs of the USDOL).

Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.

The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.

Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.

In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

b. Trainees (programs of the USDOL).

Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.

FHWA-1273 -- Revised May 1, 2012

The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.

Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.

In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

c. Equal employment opportunity. The utilization of apprentices,

trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.

d. Apprentices and Trainees (programs of the U.S. DOT).

Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.

5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.

6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.

7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.

Page 40: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

FHWA-1273 -- Revised May 1, 2012 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.

9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.

10. Certification of eligibility.

a. By entering into this contract, the contractor certifies that neither it

(nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis- Bacon Act or 29 CFR 5.12(a)(1).

b. No part of this contract shall be subcontracted to any person or

firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

c. The penalty for making false statements is prescribed in the U.S.

Criminal Code, 18 U.S.C. 1001.

V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT

The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.

1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.

2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph(1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.

3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.

4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.

VI. SUBLETTING OR ASSIGNING THE CONTRACT

This provision is applicable to all Federal-aid construction contracts on the National Highway System.

1. The contractor shall perform with its own organization contract

work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).

a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions:

(1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees;

(2) the prime contractor remains responsible for the quality of the work of the leased employees;

(3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and

(4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.

b. "Specialty Items" shall be construed to be limited to work that

requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract.

Page 41: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

2. The contract amount upon which the requirements set forth in

paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions.

3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract.

4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract.

5. The 30% self-performance requirement of paragraph (1) is not

applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements.

VII. SAFETY: ACCIDENT PREVENTION

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract.

2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704).

3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that

the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704).

FHWA-1273 -- Revised May 1, 2012

VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS

This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.

In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project:

18 U.S.C. 1020 reads as follows:

"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or

Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or

Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;

Shall be fined under this title or imprisoned not more than 5 years

or both."

IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL

WATER POLLUTION CONTROL ACT

This provision is applicable to all Federal-aid construction contracts

and to all related subcontracts.

By submission of this bid/proposal or the execution of this contract,

or subcontract, as appropriate, the bidder, proposer, Federal-aid

construction contractor, or subcontractor, as appropriate, will be

deemed to have stipulated as follows:

1. That any person who is or will be utilized in the

performance of this contract is not prohibited from receiving an

award due to a violation of Section 508 of the Clean Water Act or

Section 306 of the Clean Air Act.

2. That the contractor agrees to include or cause to be

included the requirements of paragraph (1) of this Section X in every

subcontract, and further agrees to take such action as the

contracting agency may direct as a means of enforcing such

requirements.

Page 42: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200.

1. Instructions for Certification – First Tier Participants:

a. By signing and submitting this proposal, the prospective first tier

participant is providing the certification set out below.

b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction.

c. The certification in this clause is a material representation of fact

upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default.

d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.

e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

f. The prospective first tier participant agrees by submitting this

proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.

g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered

FHWA-1273 -- Revised May 1, 2012

transaction, without modification, in all lower tier covered

transactions and in all solicitations for lower tier covered

transactions exceeding the $25,000 threshold.

h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.

i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.

j. Except for transactions authorized under paragraph (f) of these

instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.

* * *

2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants:

a. The prospective first tier participant certifies to the best of its

knowledge and belief, that it and its principals:

(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency;

(2) Have not within a three-year period preceding this proposal

been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and

(4) Have not within a three-year period preceding this

application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

b. Where the prospective participant is unable to certify to any of

the statements in this certification, such prospective participant

shall attach an explanation to this proposal.

Page 43: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

2. Instructions for Certification - Lower Tier Participants:

(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)

a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.

b. The certification in this clause is a material representation of fact

upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

c. The prospective lower tier participant shall provide immediate

written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances.

d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).

e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.

f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.

g. A participant in a covered transaction may rely upon a

certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website

FHWA-1273 -- Revised May 1, 2012

h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and normally possessed by a prudent person in the ordinary course of business dealings.

i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.

* * * * * Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants:

1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency.

2. Where the prospective lower tier participant is unable to certify to

any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

* * * * * XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS

FOR LOBBYING

This provision is applicable to all Federal-aid construction contracts

and to all related subcontracts which exceed $100,000 (49 CFR

20).

1. The prospective participant certifies, by signing and submitting

this bid or proposal, to the best of his or her knowledge and belief, that:

a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

(https://www.epls.gov/), which is compiled by the General Services Administration.

Page 44: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

FHWA-1273 -- Revised May 1, 2012

2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

3. The prospective participant also agrees by

submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed information of participant is not required to exceed that which is $100,000 and that all such recipients shall certify and disclose accordingly.

Page 45: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

File a disclosure form at the end of each calendar quarter in which there occurs any event that requires disclosure or that materially affects the accuracy of the information contained in any disclosure form previously filed by you or a subcontractors and any lower tier contractors. An event that materially affects the accuracy of the information reported includes:

1) A cumulative increase of $25,000.00 or more in the amount paid or expected to be paid for influencing or attempting to influence a covered Federal action; or

2) A change in the person(s) or individual(s) influencing or attempting to influence a covered Federal action; or

3) A change in the officer(s), employee(s), or member(s) contacted to influence or attempt to influence a covered Federal action.

Replace section 7-1.11C with:

To comply with Section II, "Nondiscrimination," of "Required Contract Provisions Federal-Aid Construction

Contracts," the following are for female and minority utilization goals for Federal-aid construction contracts and

subcontracts that exceed $10,000:

The nationwide goal for female utilization is 6.9 percent.

The goals for minority utilization [45 Fed Reg 65984 (10/3/1980)] are as follows:

MINORITY UTILIZATION GOALS

Economic Area Goal

(Percent)

174

Redding CA:

Non-SMSA (Standard Metropolitan Statistical Area) Counties:

CA Lassen; CA Modoc; CA Plumas; CA Shasta; CA Siskiyou; CA Tehama

6.8

175

Eureka, CA Non-SMSA Counties:

CA Del Norte; CA Humboldt; CA Trinity

6.6

San Francisco-Oakland-San Jose, CA:

28.9

25.6

19.6

14.9

9.1

17.1

23.2

SMSA Counties: 7120 Salinas-Seaside-Monterey, CA CA Monterey 7360 San Francisco-Oakland CA Alameda; CA Contra Costa; CA Marin; CA San Francisco; CA San Mateo 7400 San Jose, CA

176 CA Santa Clara, CA 7485 Santa Cruz, CA

CA Santa Cruz 7500 Santa Rosa CA Sonoma 8720 Vallejo-Fairfield-Napa, CA CA Napa; CA Solano Non-SMSA Counties:

CA Lake; CA Mendocino; CA San Benito

177

Sacramento, CA:

SMSA Counties:

6920 Sacramento, CA

CA Placer; CA Sacramento; CA Yolo

Non-SMSA Counties

CA Butte; CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra; CA Sutter; CA Yuba

16.1

14.3

Stockton-Modesto, CA:

SMSA Counties:

5170 Modesto, CA 12.3

178 CA Stanislaus 8120 Stockton, CA

24.3

Page 46: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

CA San Joaquin

Non-SMSA Counties 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced; CA Tuolumne

Fresno-Bakersfield, CA

SMSA Counties:

179 0680 Bakersfield, CA 19.1 CA Kern

2840 Fresno, CA 26.1

CA Fresno

Non-SMSA Counties:

CA Kings; CA Madera; CA Tulare

23.6

Los Angeles, CA:

11.9

28.3

21.5

19.0

19.7

24.6

SMSA Counties: 0360 Anaheim-Santa Ana-Garden Grove, CA CA Orange 4480 Los Angeles-Long Beach, CA CA Los Angeles

180 6000 Oxnard-Simi Valley-Ventura, CA CA Ventura

6780 Riverside-San Bernardino-Ontario, CA CA Riverside; CA San Bernardino 7480 Santa Barbara-Santa Maria-Lompoc, CA CA Santa Barbara Non-SMSA Counties

CA Inyo; CA Mono; CA San Luis Obispo

San Diego, CA:

16.9

18.2

SMSA Counties

181 7320 San Diego, CA CA San Diego

Non-SMSA Counties

CA Imperial

For the last full week July during which work is performed under the contract, you and each non material-

supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391

(Appendix C to 23 CFR 230). Submit the forms by August 15.

Replace the thirteenth paragraph of section 7-1.11D with:

Obtain the State’s approval for your training program before you start work involving the classification covered by the program.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

8 PROSECUTION AND PROGRESS

Add to section 8-1.03:

In addition be prepared to discuss the scope of work, contract drawings, specifications, existing conditions, materials to be ordered and all essential matters pertaining to the prosecution and satisfactory completion of the project.

Replace the first and second paragraph of section 8-1.04B with:

For a project that does not require a SWPPP, start job site activities within 15 days after receiving notice that the Contract has been approved.

Page 47: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

For a project that requires a SWPPP, start job site activities within 30 days after receiving notice that the Contract has been approved.

Add to section 8-1.04B:

Submittals Required for Approval

Prior to Start of Work

Level 1 Critical Path Method Schedule

Construction Staging Area Notification Form

Temporary Water Pollution Control Plan (CT submits 7 days after contract approval, see 13-

2.01C)

Add to section 8-1.06:

During unfavorable weather and other unfavorable conditions, the Contractor shall pursue only such portions of the work as will not be damaged thereby. No portions of the work the satisfactory quality or efficiency of which will be affected by any unfavorable conditions shall be constructed while these conditions remain, unless, by special means or precautions approved by the Engineer, the Contractor shall be able to overcome these conditions.

Replace the 3rd paragraph of section 8-1.10 with:

Liquidated damages are $1,300 per day.

Delete the 4th paragraph of section 8-1.10

Replace the 4th paragraph of section 8-1.13 with:

The Department gives notice to you and your surety at least 5 business days before terminating control. The notice describes the failures and the time allowed to remedy the failures. If failures are not remedied within the time provided, the Department will take control of the work or require your surety to complete it.

If the Contractor should be adjudged bankrupt, or make an assignment for the benefit of Contractor’s creditors, or if a receiver should be appointed on account of Contractor’s insolvency, the County may declare the Contractor's control over the work terminated, and so notify the Contractor and Contractor’s sureties.

Upon such termination, the County may take possession, and use all or any part, of the Contractor's materials, tools, equipment, and appliances upon the premises to complete the work; the County assuming responsibility for the final relinquishment of such equipment at the conclusion of the work, or sooner, at its option, in as good condition as when it was taken over, reasonable wear and tear excepted; and the County agrees to pay for such materials and the use of said equipment at a reasonable compensation.

Upon such termination or the County's declaration that the Contractor is in default, the County may direct the Surety to complete, or cause to be completed, the Contract work, or the County may direct that all or any part of the work be completed by day labor, or by employment of other contractors on informal contracts, or both. If the County directs the Surety to complete or cause to be completed, the Contract work, Contractor's performance bond surety agrees to immediately undertake to complete or cause to be completed, all Contract work.

If your control over the work is terminated and the County takes control of the work, you are not entitled to receive any portion of the amount to be paid under the Contract until it is fully completed. After completion, if the unpaid balance exceeds the sum of the amount expended by the County in finishing the work, plus all damages sustained, or to be sustained, by the County, plus any unpaid claims on account of labor,

Page 48: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

materials, tools, equipment, or supplies contracted for by the Contractor for the work herein contemplated, the excess not otherwise required by these Contract Documents to be retained will be paid you. If the sum so expended exceeds the unpaid balance, you and your surety are liable to the County for the amount of such excess.

If the County directs the Surety to complete or cause to be completed, the Contract work, your performance bond surety agrees to immediately undertake to complete or cause to be completed, all Contract work. The surety will be subrogated to money due under the Contract, and to money which will become due in the course of completion by the surety. However, you and Surety agree that any subrogation rights of surety are subordinate to and inferior to the rights of the County.

Replace item 3 on the list in the 1st paragraph of section 8-1.14E with:

3. Allowance for profit not to exceed 4 percent of the cost of the work performed to the date of termination plus demobilization.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

9 PAYMENT

Add to section 9-1.03:

If you fail to include a unit price for a particulate item the unit price will be calculated dividing the bid amount by the quantity for that item and rounding to the nearest penny. Rounding may affect the bid item total.

Replace section 9-1.07 with:

Reserved

Replace section 9-116F with:

Retention will be 5% and conform to PCC 7201.

Replace the 1st paragraph of section 9-1.17D(1):

If you accept the proposed final estimate or do not submit a claim statement within 30 days of receiving the estimate, the Engineer provides you the final estimate and the Department pays the amount due within 60 days or after Board of Supervisors approval. This final estimate and payment is conclusive except as specified in sections 5-1.27, 5-1.47, and 9-1.21.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

DIVISION II GENERAL CONSTRUCTION

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

10 GENERAL

Add to the 2nd paragraph of section 10-4:

Whenever possible and not in conflict with the project requirements, minimize the use of water during construction of the project. Watering equipment must be kept in good working order; water leaks must be repaired promptly, and washing of equipment, except when necessary for safety or the protection of equipment, is discouraged.

Page 49: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

Concrete slope protection, concreted rock slope protection, minor structures, and miscellaneous concrete construction must not be cured using water. The water cure for concrete must be accomplished with the use of a moisture-retaining medium as described in Section 90-1.03B(2) "Water Method," of the Standard Specifications.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

12 TEMPORARY TRAFFIC CONTROL

Replace Section 12-1.04A with:

Temporary traffic control, including flagging, apparel, temporary traffic control devices, detour signs, temporary railing, end treatments, channelizers and equipment for flaggers, must comply with the

California MUTCD, Part 6, "Temporary Traffic Control." Contractor is responsible for providing any

temporary traffic control devices includes installing, placing, maintaining, repairing, replacing, and

removing temporary traffic control devices.

Contractor has the option to use Water Barriers in lieu of standard temporary railing (Type K). Water barriers if used, shall be meet the criteria of MASH Test Level 1 (TL-1).

Submit the proposed construction area sign plan and traffic control plan to the Engineer at the Pre-construction meeting or Seven (7) days before the construction begins.

If any traffic control changes are proposed, notify the Engineer in writing before 5:00 P.M. of the Thursday before the following week’s work is scheduled.

Maintain access to driveways at all the times. Limit driveway use.

Personal vehicles of the Contractor’s employees shall not be parked on the travelled way at any time, including any section closed to public travel.

A Minimum of one lane shall be kept open for public traffic at all times.

. Replace Section 12-4.02B with:

The temporary traffic control signals used at the project sites shall include interconnected, single pole signals with an overhead street light at each end of the project limits, generators to provide power with enough fuel storage to maintain at least 14 hours of signal/street light operation, and all other items needed to provide a complete and fully functional temporary signal system that will control two way traffic on the remaining single lane portion of the roadway during construction.

Add to Section 12-4.02D with:

The price paid for Traffic Control System includes the cost to furnish, install, maintain and remove at the end of the required traffic control work all temporary signage, delineators, traffic cones etc. needed to control two-way traffic on the remaining single traffic lane during project construction. The price paid for Traffic Control System also includes the costs to furnish, install, operate, maintain, and remove the temporary traffic control signal system at the project sites.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 50: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

14 ENVIRONMENTAL STEWARDSHIP

Add to the 1st paragraph of section 14-6.03A:

This project is within or near habitat for the regulated species shown in the following table:

Regulated Species

Central California Coast Coho Salmon

South Central California Coast Steelhead

California red-legged frog

Foothill yellow-legged frog

Santa Cruz black salamander

California giant salamander

Northern California legless lizard

Western pond turtle

pallid bat

San Francisco Dusky-Footed Woodrat

marbled murrelet

white-tailed kite

This project includes the sensitive habitats shown in the following table:

Sensitive Habitats

Jurisdictional Waters

White Alder Riparian

North Central Coast Drainage-Sacramento Sucker/Roach River

Coho Salmon Essential Fish Habitat

Critical Habitat for Central California Coast DPS Steelhead

Add to section 14-6.03A:

Use the protocols for the corresponding regulated species shown in the following table:

Regulated species name Protocol

marbled murrelet 2003 Methods for Surveying Marbled Murrelets in Forests

Replace RESERVED in section 14-6.05 with:

14-6.05 INVASIVE SPECIES CONTROL

Section 14-6.05 includes specifications for preventing the introduction and spread of invasive species to and from the job site.

Comply with section 13-4.03E(3).

At least 2 business days before using vehicles and equipment on the job site, submit a signed statement that the vehicles and equipment have been cleaned of soil, seeds, vegetative matter, and other such debris that may introduce or spread invasive species. The statement must include:

1. List of the vehicles and equipment with identifying numbers

Page 51: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

2. Date of cleaning for each vehicle and piece of equipment 3. Description of the cleaning process 4. Measures to be taken to ensure the vehicles and equipment remain clean until operation at the job site 5. Verification that the equipment has not been operated in waters known to be infested by aquatic

invasive species Update the list of vehicles and equipment as needed.

Clean the following vehicles and equipment before operation at the job site:

1. Excavators 2. Loaders 3. Graders 4. Haul trucks 5. Water trucks 6. Cranes 7. Tractors 8. Trailers 9. Dump trucks 10. Waders This project includes the sensitive areas shown in the following table:

Sensitive Habitat

Branciforte Creek

Do not clean vehicles, equipment, or tools at locations near sensitive habitat or waterways at the job site. Clean vehicles and equipment every time before it enters or leaves a sensitive habitat. Within entire project limits, implement the following protection measures:

1. Before entering or exiting, pressure wash your vehicles and equipment: 1.1. At a temperature of 140 degrees F 1.2. With a minimum nozzle pressure of 2,500 psi 1.3. With a minimum fan tip angle of 45 degrees

2. Thoroughly scrub personal work equipment and tools, such as boots, waders, hand tools, and any other equipment used in water at the job site, using a stiff-bristled brush to remove any organisms. Decontaminate the equipment by one of the following methods: 2.1. Immerse the equipment in water at a temperature of 140 degrees F for at least 5 minutes. If

necessary, weigh down the equipment to keep it immersed in the water. 2.2 Freeze the equipment to a temperature of 32 degrees F or colder for at least 8 hours. 2.3 Thoroughly dry the equipment in a weed-free area for at least 48 hours.

3. Clean personal work equipment, and tools over drip pans or containment mats at the job site. Collect and contain the wastewater. Dispose of the wastewater at a waste management facility.

Add to section 14-8.02:

Said noise level requirement shall apply to all equipment on the job or related to the job, including but not limited to trucks, transit mixers or transient equipment that may or may not be owned by the Contractor. The use of loud sound signals shall be avoided in favor of light warnings except those required by safety laws for the protection of personnel.

Replace item 1 in the list in the 1st paragraph of section 14-11.02 with:

1. You reasonably believe the substance is asbestos as defined in Labor Code § 6501.7 or a hazardous substance as defined in Health & Safety Code § 25117, § 25316 and § 25317.

Add to the 1st paragraph of section 14-11.14A:

Wood removed from roadside sign is treated wood waste.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

Page 52: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

DIVISION III EARTHWORK AND LANDSCAPE

17 GENERAL

Add to section 17-2.03A:

Replace the 4th paragraph in section 17-2.03A with:

Clear and grub vegetation only within the excavation and embankment slope lines. Do not injure standing

trees, plans and improvements as directed by the Engineer and as shown to be protected. Only remove

trees as directed by the Engineer and as shown to be remove

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

19 EARTHWORK

Prior to start of any excavation contractor shall positively identify all the existing underground utilities. If needed, contractor shall pothole the existing underground utilities to determine their exact location and

elevation. The contract price for potholing shall be deemed as included in various items of the contract and no additional compensation is allowed therefor.

Add between the 8th and 9th paragraphs of section 19-2.03G:

Roughen excavation slopes and flat surfaces to receive erosion control materials by scarifying to a depth of 6 inches.

Roughen excavation slopes and flat surfaces to receive erosion control materials by scarifying to a depth of 6 inches.

Add to the end of section 19-3.01A:

Hand excavation may be required at each end of the soldier pile wall limits. The price paid for Structure Excavation (Soldier Pile Wall) includes the cost associated with performing hand excavation.

Add to section 19-3.04:

The cost to furnish and install the filter fabric is included in the unit price for Timber Lagging.

Add to section 19-7.02C:

Imported borrow placed within 4 feet of the finished grade must have an R-value of at least 15. Strip

materials that adversely affect the imported borrow properties

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

21 EROSION CONTROL

21-2.02K Compost

Replace section 21-2.02K with:

Compost must be derived from one or a combination of the following types of materials:

Page 53: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

1. Green material consisting of chipped, shredded, or ground vegetation or clean, processed, recycled

wood products 2. Biosolids 3. Manure 4. Mixed food waste

Compost must not be derived from mixed municipal solid waste and must not contain paint, petroleum

products, pesticides, or other chemical residues harmful to plant or animal life. Metal concentrations in

compost must not exceed the maximum listed under 14 CA Code of Regs § 17868.2.

Process compost materials under 14 CA Code of Regs § 17868.3.

Page 54: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

53 SCC BP

5/17/2019

The quality characteristics of compost must have the values shown in the following table:

Compost

Quality characteristic Test methoda Requirement

Fine Medium/Coarse

pH TMECC 04.11-A 6–8.5 6-8.5 Soluble salts (dS/m) TMECC 04.10-A 0–10 0-10

Moisture content (% wet weight) TMECC 03.09-A 25–60 25-60

Organic matter content (% dry weight) TMECC 05.07-A 30–70 30-100

Maturity (seed emergence) (% relative to positive control)

TMECC 05.05-A 80 or above 80 or above

Maturity (seedling vigor)

(% relative to positive control) TMECC 05.05-A 80 or above 80 or above

Stability (mg CO2-C/g OM per day) TMECC 05.08-B 5 or below 8 or below

Pathogen Salmonella (most probable number per 4 grams dry weight basis)

TMECC 07.01-B

< 3

< 3

Pathogen Fecal coliform (most probable number per gram dry weight basis)

TMECC 07.01-B

< 1,000

< 1,000

Physical contaminants (% dry weight) Plastic, glass, and metal

TMECC 02.02-C combined total:

< 0.5 combined total:

< 1.0

Film plastic (% dry weight) TMECC 02.02-C Combined total:

< 0.1% Combined total:

< 0.1% a TMECC refers to Test Methods for the Examination of Composting and Compost, published by the

United States Department of Agriculture and the United States Compost Council (USCC).

The particle size must comply with the requirements shown in the following table:

Compost Gradation

Quality characteristic Test methoda Requirement

Min Max

Gradation Fine:(dry weight % passing)

TMECC 02.02-B

100

-- 1-inch sieve 3/8-inch sieve 95 --

Gradation Medium:(dry weight % passing)

TMECC 02.02-B

95

-- 2-inch sieve 3/8-inch sieve 40 55

Gradation Coarse:(dry weight % passing)

TMECC 02.02-B

95

-- 3-inch sieve 3/8-inch sieve 25 35

a TMECC refers to Test Methods for the Examination of Composting and Compost, published by the United States Department of Agriculture and the United States Compost Council (USCC).

Add to section 21-2.02P:

Straw for fiber roll must be certified weed free under the Department of Food and Agriculture.

Page 55: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

54 SCC BP

5/17/2019

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

39 ASPHALT CONCRETE

Replace Reserved in section 39-2.02B(3) with:

The grade of asphalt binder for Type A HMA must be PG 64-10.

Full Compensation for furnishing and applying tack coat as required shall be considered to be included in the contract price paid per ton for HMA (TYPE A) and no separate payment will be made therefore.

Replace the 3rd paragraph of section 39-3.04A with:

Schedule cold planing activities such that not more than 24hrs has elapsed between the time the pavement is cold planed and the HMA is placed. Items 2 and 3 of the last paragraph of section 39-3.04C(1) do not apply.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

DIVISION VI STRUCTURES

49 PILING

Add to section 49-1.03:

Expect difficult pile installation due to the conditions shown in the following table:

Pile location

Conditions Wall Location

Specific Pile location

Branciforte Drvie PM 0.92, 1.77 and 2.22

All Solder Piles along RWLOL

Traffic Control issues shall be considered with pile installation. A traffic control plan may be

needed during pile installation due to pile placement equipment that may be needed on the narrowed existing roadway.

Branciforte Drive PM 1.77

All Soldier Piles along RWLOL

Steep side hill and narrow road

Page 56: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

55 SCC BP

5/17/2019

Branciforte Drive PM 1.77

All Solder Piles along RWLOL

Due to presence of granular material, raveling or caving is expected, which may require additional drilling and cleaning effort and may increase the concrete volume for the piles. The use of temporary steel casing, tremie seals, and/or slurry displacement method should be anticipated at all times to maintain the integrity of the piles. To control caving, the hole may be backfilled with slurry cement backfill and re-drilled for pile installation. The contractor shall take appropriate steps to comply with the standards and maintain the integrity of the concrete piles. All pile excavations should be observed by a geotechnical engineer prior to the placement of concrete so that if conditions differ from those anticipated, appropriate recommendations can be made.

Branciforte Drive PM 0.92, 1.77 and 2.22

All Solder Piles along RWLOL

Bedrock and hard-drilling conditions at relatively shallow depths are expected due to the presence of intensely weathered sandstone found in borings.

Add to section 49-3.02C(1):

If the piling center-to-center spacing is less than 4 pile diameters, do not drill holes or drive casing for an

adjacent pile until 24 hours have elapsed after concrete placement in the preceding pile and your prequalification test results for the concrete mix design show that the concrete will attain at least 1800 psi compressive strength at the time of drilling or driving.

Drilling equipment must be equipped with instrumentation to measure accurately the actual downward

force in pounds. Instrumentation must be visible for reading.

Add to section 49-4.03B:

Dense subsurface foundation material is anticipated at the soldier pile retaining wall location per the Log of Test Borings in the Geotechnical Report. Conventional drilling equipment for drilling in soils may not be

suitable for drilling holes for the steel soldier piling.

If you substitute piles with a larger diagonal dimension for the piles shown, ream or enlarge the drilled hole to provide a hole diameter at least 4 inches larger than the diagonal dimension of the pile.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

57 WOOD AND PLASTIC LUMBER STRUCTURES

Page 57: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

56 SCC BP

5/17/2019

57-2.05A General

Replace Reserved in section 57-2.05 with:

Section 57-2.05 includes specifications for constructing timber retaining walls.

Structure excavation and backfill must comply with section 19-3.

57-2.05B Materials

Timber members must be preservative-treated Douglas fir Grade No. 2.

The preservative treatment must be a waterborne wood preservative. Use only 1 type of preservative

treatment for treating timber at each installation. Chromated copper arsenate must not be used.

Bolts, nuts, screws, and washers must (1) be stainless steel and (2) comply with the specifications for stainless steel fasteners in section 75-1.02.

57-2.05C Construction

Before placing filter fabric, the surface to receive filter fabric must be free from loose or extraneous

material and sharp objects that could damage the filter fabric.

Align and place the filter fabric so that it is wrinkle free.

Overlap adjacent rolls of filter fabric by 12 inches. The preceding roll must overlap the following roll in the direction the material is being placed.

Replace or repair filter fabric damaged during installation. Place a piece of fabric large enough to cover the damaged area and comply with the overlap requirements.

57-2.05D Payment

Not Used

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

59 STRUCTURAL STEEL COATINGS

Add to section 59-2.01A(1):

Clean and paint the steel soldier piles for the new retaining wall shown in the following table with the

coating system specified:

Wall name and location Work description Coating system

Branciforte Drvie PM 0.92, 1.77 and 2.22

Clean, blast clean, and paint new steel soldier piling .

Zinc

Replace Reserved in section 59-2.01A(3)(b): Submit proof of each required SSPC-QP certification as specified in section 8-1.04C. Required certifications are:

1. AISC-420-10/SSPC-QP 3, enclosed shop

Page 58: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

57 SCC BP

5/17/2019

Add to section 59-2.01C(4)(b)(iv):

All paint coat colors must match no. 10080 of FED-STD-595.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^

83 RAILINGS AND BARRIERS

Replace item 1 in the list in the 2nd paragraph of section 83-2.02C(1)(a) with:

1. Steel line posts.

Replace item 2 in the list in the 2nd paragraph of section 83-2.02C(1)(a) with:

2. Plastic blocks for line posts.

Add to section 83-2.02C(1)(a):

The exposed bolt threads on guardrail beyond the nut that are more than 0.5 inch must be cut off.

Replace section 83-2.04B with:

83-2.04B Alternative In-Line Terminal System Alternative in-line terminal system must be furnished and installed as shown on the plans and under these special provisions.

The allowable alternatives for an in-line terminal system must consist of one of the following or a Department-authorized equal.

1. MASH Sequentially Kinking Terminal (MSKT) TL-2 Tangent End Terminal System by Roads Systems, Inc (RSI) is a tangent, re-directive gating guardrail terminal. The Soft-Stop TL-2 terminal can be obtained from the distributor, Road Systems, Inc, P.O.Box 2163, Big Spring, TX 79721, telephone (432) 263-2435.

2. TYPE X-LITE - Type X-Lite terminal system must be a 31" X-Lite Guard Rail End Terminal as manufactured by Barrier Systems, Inc., located in Vacaville, CA, and must include items detailed for Type 31" X-Lite terminal system shown on the plans. The 31" X-Lite Guard Rail End Terminal can be obtained from the distributor, Statewide Safety and Signs, Inc., 130 Grobric Court, Fairfield, CA 94533, telephone (800) 770–2644.

3. TYPE 31" X-TENSION - Type 31" X-Tension terminal system must be a 31" X-Tension Guard Rail End Terminal as manufactured by Barrier Systems, Inc., located in Vacaville, CA, and must include items detailed for Type 31" X-Tension terminal system shown on the plans. The 31" X-Tension Guard Rail End Terminal can be obtained from the distributor, Statewide Safety and Signs, Inc., 130 Grobric Court, Fairfield, CA 94533, telephone (800) 770–2644.

Submit a certificate of compliance for terminal systems.

Page 59: SPECIAL PROVISIONS AND NOTICE TO BIDDERS

58 SCC BP

5/17/2019

Terminal systems must be installed under the manufacturer's installation instructions and these specifications. Each terminal system installed must be identified by painting the type of terminal system in neat black letters and figures 2 inches high on the backside of the rail element between system posts numbers 4 and 5. Paint must be metallic acrylic resin type spray paint. Before applying terminal system identification, the surface to receive terminal system identification must be removed of all dirt, grease, oil, salt, or other contaminants by washing the surface with detergent or other suitable cleaner. Rinse thoroughly with fresh water and allow to fully dry.

For Type 31" X-Lite terminal system, all crimped posts and line posts must be W6 x 8.5 or W6 x 9 steel posts. All posts, must be, at the Contractor's option, either driven or placed in drilled holes. Space around the crimped posts, Post 2 with attached soil plate and lines posts must be backfilled with selected earth, free of rock, placed in layers approximately 4 inches thick and each layer must be moistened and thoroughly compacted. All blocks must be wood or plastic.

For Type 31" X-Tension terminal system, the steel bottom post and I-beam post must be placed in drilled hole. The soil anchor and steel line posts must be, at the Contractor's option, either driven or placed in drilled holes. Space around the steel bottom post, steel line posts and soil anchor must be backfilled with selected earth, free of rock, placed in layers approximately 4 inches thick and each layer must be moistened and thoroughly compacted. All blocks must be plastic.

After installing the terminal system, dispose of surplus excavated material in a uniform manner along the adjacent roadway where designated by the Engineer.

^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^^